Loading...
HomeMy WebLinkAboutMemo - Manager's ApprovalCITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Daniel J. Alfonso, City Manager DATE: April 5, 2016 FILE: SUBJECT: Recommendation of Award for Douglas Park Environmental Remediation Project —D2 - B-40613 FROM Annie Perez, CPPO, Director REFERENCES: Invitation To Bid (ITB): 15.16-017 Procurement Department ENCLOSURES: Recommendation Based on the findings below, the Procurement Department ("Procurement") hereby recommends that the referenced Project be awarded to Cherokee Enterprises,. Inc., ("Cherokee"), which has been determined to be the lowest responsive and responsible Bidder for ITB 15-16-017 — Douglas Park Enviromnental Remediation Project — D2 - B-40613 (the "Project"). Background On February 8, 2016, Procurement issued a solicitation under full and open competition to obtain bids from qualified firms. On March 22, 2016, Procurement received three (3) bids in response to the solicitation for ITB 15-16-017 (see attached Bid Security List). Pursuant to the solicitation, Bidders were required to have: i) a current certified General Contractor license issued by the State of .Florida; and, in addition, ii) a minimum of five (5) years of experience, under its current business name in the construction of large scale (i.e., > 5 acres) remediation projects supported by references for five (5) large scale (i.e., > 5 acres) remediation projects completed within the past ten (10) years. Submitted reference projects must demonstrate. that the Bidder: a) was the Prime Contractor for the reference project; and b)• self -performed at least thirty percent (30%) of the physical construction work for the reference project. Bidders must also be prepared to provide proof of completed HAZWOPBR training and commit to self - performing at least thirty percent (30%) of the physical construction work for the Project. Findings Procurement has completed the review of the bids following the guidelines published in the solicitation. As reflected on the attached Bid Security List, Zahlene Enterprises, Inc. ("Zahiene") was the lowest Bidder for ITB 15-16-017. The local preference ordinance is not applicable since none of the Bidders maintain a "local" office, as defined in Section 18-73 of the City of Miami Code. Procurement staffs review of the bids submitted revealed that Zahlene does not meet the minimum requirements for bidding on the Project as the firm could not docutnent their experience as the prime contractor in the construction of large scale remediation projects. Accordingly, Zahlene's bid has been deemed non -responsive, thereby rendering Cherokee the lowest Bidder for PR 16118 1 ITB 15-16-017. Procurement staff has determined that Cherokee is. a responsible bidder that meets the minimum requirements to bid on the Project, and Cherokee's bid is responsive to ITB 15-16-017. Procurement hereby recommends that the Project be awarded to Cherokee. Contract Execution Accordingly, Procurement hereby requests authorization to prepare for execution, a contract in the amount of $4,484,185.00, plus a ten percent (10%) contingency, for a total contract amount not to exceed $4,932,603.50. Approved: Daniel J. A.lfon nager Date: /1.' cc: Fernando Casamayor, Assistant City Manager, Chief Financial Officer, City Manager's Office Alberto Parjus, Assistant City Manager, City Manager's Office Jeovanny Rodriguez, P.E., Director, Capital Improvements and Transportation Program Dr. Lydia Osborne, CPPO, Assistant Director, Procurement Department Maria Carballeira, CPPB, Procurement Administrator, Procurement Department Anthony Rolle, CPPB, Procurement Contracting Manager, Procurement Department PR 16118 2